Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 26, 2023 SAM #7850
SOLICITATION NOTICE

R -- Base Operating Services (BOS) Grissom Air Reserve Base, IN

Notice Date
5/24/2023 1:21:05 PM
 
Notice Type
Presolicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
FA4654 434 CONF LGC GRISSOM ARB IN 46971-5000 USA
 
ZIP Code
46971-5000
 
Solicitation Number
GRISSOMARB2023BOS
 
Response Due
6/23/2023 1:00:00 PM
 
Point of Contact
Cynthia L Stephen, Phone: 7656882802, Fax: 7656882803, Thomas L. Bellamy, Phone: 7656883838
 
E-Mail Address
cynthia.stephen@grissom.af.mil, thomas.bellamy@us.af.mil
(cynthia.stephen@grissom.af.mil, thomas.bellamy@us.af.mil)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Description
This is a Pre-Solicitation Notice. �This notice does NOT constitute a request for proposal, request for quote or invitation for bid. �This notice includes the DRAFT Solicitation with Attachments. �NOTE: �Any dates or data presented in the DRAFT Solicitation are subject to change. The Attachments may or may not have the ""DRAFT"" watermark shown; however, they are in draft format at this time. �It is anticipated the ""Official"" Solicitation will be published June 2023.� Grissom Air Reserve Base, IN has a requirement to manage and operate the Base Operations Support (BOS) Services located at Grissom ARB, IN. �The project scope is a service requirement to perform services in multiple functions to include Materiel Management, Ground Transportation and Vehicle Management, Traffic Management, Real Property Maintenance, and Fuels Management. �This contract will be subject to the Service Contract Labor Standards and Construction Wage Rate Requirements. The official solicitation will result in a contract being issued on an ALL or NONE Basis to a single contractor. �Evaluation of offers will utilize Performance Price Tradeoff procedures IAW FAR 15.101-2 with an anticipated award date on or before 30 August 2023. The resulting contract will consist of a 60-day phase-in period, 12-month basic period, four (4) one-year contract periods and a six (6) months option period IAW FAR 52.217-8 that may be exercised at the discretion of the Government. �This effort is a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. �The solicitation will be posted on SAM.gov. �All Amendments, Pre-Proposal Conference Minutes, Questions and Answers, etc. to the solicitation will also be issued via SAM.gov. �Any proposal submitted by a business that is not classified as a SDVOSB by the Small Business Administration will not be evaluated. A pre-proposal conference will be conducted at Grissom ARB, IN with the date and time to be included in the solicitation for this effort. �A maximum of two individuals per company will be permitted to attend. �Full instructions for base access and any additional requirements will be provided within the official solicitation. Note: This is the Pre-Solicitation. The Site Visit date will be determined once the Official Solicitation is issued. NAICS 561210 Product Service Code: R706 Small Business Size $41.5M� Solicitation will be � Request for Proposal (RFP) Contract will be Firm-Fixed-Price NOTE: All contractors must be registered in the System for Award Management (SAM) program in order to receive a contract award from any DOD activity. Contractors may access the Internet site at: https://www.sam.gov to register and/or obtain information about the SAM program. No Foreign participation is allowed. The official solicitation is anticipated to be published June 2023 on SAM.gov at https://www.sam.gov. �Paper copies will not be available. �Once the solicitation is posted, it is incumbent upon the interested parties to visit this website frequently for any updates and/or amendments to all documents. �Questions may be submitted using the FA465423R0006 Questions and Answer Worksheet. This worksheet will be used throughout the process and updated as often as necessary. �Any questions shall be forwarded to the Primary Point of Contact (POC) via email. It is anticipated that access to Controlled Unclassified Information (CUI) may be necessary: Certain identified documents within the Technical Library are not suitable for public release and will be made available upon request by emailing the Government POCs as identified in L1.4. �Upon request, Offerors who have an active DD2345 in the Joint Certification Program (JCP) will be granted access to this information. �The referenced documents not suitable for public release will be forwarded via DoD SAFE. � The Joint Certification Program (JCP), https://www.dla.mil/Logistics-Operations/Services/JCP/, now requires all vendors to have their National Institute of Standards and Technology (NIST) Assessment, https://www.nist.gov/itl/smallbusinesscyber, documented in the Supplier Performance Risk System (SPRS), https://www.sprs.csd.disa.mil/, prior to submitting your JCP application. Once you have completed the NIST assessment (N/A for all responses are not valid), and your company appears when searched by your CAGE Code, please resubmit your entire JCP Application to JCP-Admin@dla.mil. �See below for more information. Effective 30 November 2020, the Defense Federal Acquisition Regulation Clause 252.204-7012 requires all Department of Defense contractors and subcontractors to implement cybersecurity requirements in National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171, Protecting Controlled Unclassified Information in Nonfederal Systems and Organizations. �Your NIST assessment results must be documented in the Supplier Performance Risk System (SPRS) at https://www.sprs.csd.disa.mil/. We would suggest you go to the SPRS homepage and use the vendor quick reference guides to help you complete the process. There is also an SPRS support number on the bottom of the homepage that you can call for assistance with getting directions on how to complete the process. It is the responsibility of each offeror to review the website for posting of amendments and updates or changes to current information. �Potential offerors are encouraged to �follow� and/or �subscribe� for real time e-mail notifications and/or monitor SAM.gov and/or PIEE for updates to this solicitation. NOTE: �Any inquiries shall be made via email. �In the event, you do not receive an acknowledgement to the email, please phone the POC and leave message as necessary. Primary point of contact (POC): Cynthia Stephen, ACO Contract Officer, Phone (765) 688-2802, e-mail; Cynthia.stephen@us.af.mil Alternate point of contact (POC): Thomas Bellamy, CO Contracting Officer, Phone (765) 688-3838, email; Thomas.bellamy@us.af.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/149d117dd1074c159e1867efb92d3ede/view)
 
Place of Performance
Address: Grissom ARB, IN 46971, USA
Zip Code: 46971
Country: USA
 
Record
SN06692887-F 20230526/230524230114 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.